|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 10,2000 PSA#2512National Institutes of Health, National Heart, Lung, and Blood
Institute, Contracts Operations Branch, 6701 Rockledge Drive, Room
6100, MSC 7902, Bethesda, MD 20892 Z -- MAINTENANCE, REPAIR, AND ALTERATION OF REAL PROPERTY SOL
NHLBI-PS-2000-554 DUE 011000 POC Deborah Coulter, Purchasing Agent,
(301)435-0368 (301)480-3345 This is a combined synopsis/solicitation
for commercial items prepared in accordance with the format in FAR
subpart 12.6, as supplemented with addition information included in
this notice. This announcement constitutes the only solicitation;
proposals are being requested and a written solicitation will not be
issued. The solicitation number NHLBI-PS-2000-554, is issued as a
request for quotation (RFQ). This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-14. This acquisition is being conducted under
simplified acquisition procedures. This requirement is under the
Standard Industrial Classification (SIC) Code number 8999, Size
Standard $5.0M. This is a (100%) one hundred percent total Small
Business Set-Aside. The service to be acquired: Removal,
transportation, and Storage of a Tesla MRI Magnet: The Laboratory of
Cardiac Energetic is presently renovating the magnet bay area located
at the NIH In-Vivo Nuclear Magnetic Resonance Imaging Center and
removal of the magnet is required in order to accommodate the
renovation. The 4Tesla Magnet is physically very large, 16' long, 14'
in diameter, and with necessary supports and shipping restraints weighs
approximately 60 tons (120,000 pounds). The move and equipment
preparation requires very large capacity lifting cranes (100 tons) and
experienced technical crew. The contractor is required to assist in
dismantling and preparation of the 4Tesla Magnet for removal, crating
for transport, rigging out of the magnet and related equipment, and
transport to a Contractor secured storage facility for approximately a
six (6) month period. The services must be performed on Tuesday,
January 11, 2000. The provisions of FAR Clause 52-212-1, Instructions
to Offerors Commercial Items, applies to this acquisition. The
provisions of FAR Clause 52-212-2, Evaluation- Commercial Items,
applies to this acquisition. Proposals will be evaluated on conformance
to the Government's scope of work (how the magnet will be crated,
transported and stored), price, quality, and a proven record of
successful past performance. The Government intends to evaluate offers
and award a contract without discussions with offerors. Therefore, the
offeror's initial offer should contain the offeror's best terms from a
price and technical standpoint. However, the Government reserves the
right to conduct discussions if later determined by the Contracting
Officer to be necessary. The Government may reject any or all offers if
such action is in the public interest; accept other than the lowest
offer; and waive informalities and minor irregularities in offers
received. The award will be made to the lowest priced, technically
acceptable quote meeting the Government's specifications. Provision of
FAR Clause 52.212-3, Offeror Representations and
Certifications-Commercial Items, must be included with the offer.
Provision of FAR Clause 52.212-4, Contract Terms and Conditions-
Commercial Items, applies to this acquisition. The FAR Clause 52.212-5,
Contract Terms and Conditions Required to Implement Statutes of
Executive Orders-Commercial Items- Deviation For Simplified
Acquisitions, applies to this acquisition. The clauses are available in
full text at http://www.arnet.gov/far/. Offerors are hereby reminded
that the response must include a technical proposals outlining how the
Contractor proposes to complete the scope of work, a commercial price
list with applicable government discounts, prompt payment discount
terms, certification of business size, and references from a minimum of
three (3) previous contractor's including contact name, address, and
telephone numbers. The quotation must include the unit price, the list
price, the delivery period after contract award, the prompt payment
discount terms, the F.O.B. Point (Destination or Origin), the Dun &
Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and
the certification of business size. Quotations must be submitted in
writing to the National Heart Lung, and Blood Institute, Contracts
Operations Branch, Procurement Sections, Rockledge Building 2 Room
6151, 6701 Rockledge Drive, Bethesda, MD 20817-7902. Telephone number:
(301) 435-0368, and Fax number (301) 480-3345, Attention: Ms. Deborah
Coulter. FAX Proposals will be accepted only if dated and signed by an
authorized company representative. Proposal are due by Monday, January
10, 2000, 12:00 noon local time. Award will be made on Monday, January
10, 2000, 3:00 p.m. local time. All responsible sources may submit a
proposal which if timely received shall be considered by the agency.
Posted 01/06/00 (W-SN413788). (0006) Loren Data Corp. http://www.ld.com (SYN# 0144 20000110\Z-0017.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|